Notice Information
Notice Title
40800000
Notice Description
Single Source Extension to the Framework Agreement SFA 0001 for the provision of Spares, Repairs, Maintenance and Technical Support for Various In-Service MOD Safety Equipment Annex B1 Aircrew Escape & Survivability Ensemble to Survitec Group Ltd (Survitec) and Annex B2 Power Propulsion and Auxiliaries (PPA) Spares, Repairs, Maintenance and Technical Support for Commercial Life Raft and Mass Evacuation Systems and Part B2 for C17CSAE Airborne Forces Equipment (AFE) using the Option period for a total further period of two (2) years with two (2) one (1) year optional years at a total estimated value of PS40.8M.
Lot Information
Lot 1
Aircrew Equipment Assemblies (AEA) and Survival Equipment (SE),spares, repairs and continued Technical (Post Design Services - PDS) to the equipment (PS40.8M). Safety equipment to the Royal Navy and additional supplies, annual servicing in line with SOLAS regulations and continued post design services support of Survitec Group Ltd of the existing equipment (PS4.5M)Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver (0.9M).
Procurement Information
Aircrew Delivery Team (DT) has identified that to meet the continual requirement for the provision of AEA and SE to its Defence Aviation Environment (DAE) customers it requires additional supplies and the continued Post Design Service (PDS) support of Survitec until the existing equipment replacement at the end of 2027. As the Original Equipment Manufacturer Survitec have the specialist design knowledge to provide assurance that the Airworthiness and Safety performance criteria are met and have the Design Approved Organisation Scheme (DAOS) accreditation to meet safety Airworthiness requirements with Military Aviation Authority (MAA) regulations. Using different equipment from another OEM would result in goods with different technical characteristics and therefore incompatibility with those supplied by Survitec in use across multiple existing Aircrew Systems. PPA has identified that a change of contractor for supply or partial replacement of existing in-service equipment would lead to disproportionate technical difficulties with existing equipment and fittings installed on each ship and incompatibility with current personnel training and maintenance procedures resulting in an unacceptable safety risk. Survitec as OEM provide personnel authorisation certification, and which is not offered by Survitec to any other supplier. C17CSAE have identified a need to continue the provision of Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver equipment currently supported C17CSAE Part B2 using the option period. The C17CSAE DT may further extend the tasking for this requirement by up to three (3) years. The estimated value of the maximum four-year extension is PS0.9M.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059515
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/054340-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
75 - Administration, defence and social security services
-
- CPV Codes
35000000 - Security, fire-fighting, police and defence equipment
50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
75221000 - Military defence services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £40,800,000 £10M-£100M
Notice Dates
- Publication Date
- 5 Sep 20255 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 3 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- angela.organ102@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-059515-2025-09-05T14:38:27+01:00",
"date": "2025-09-05T14:38:27+01:00",
"ocid": "ocds-h6vhtk-059515",
"initiationType": "tender",
"tender": {
"id": "SFA 001 Annex B1 and Annex B2",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "40800000",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35000000",
"description": "Security, fire-fighting, police and defence equipment"
},
"mainProcurementCategory": "goods",
"description": "Single Source Extension to the Framework Agreement SFA 0001 for the provision of Spares, Repairs, Maintenance and Technical Support for Various In-Service MOD Safety Equipment Annex B1 Aircrew Escape & Survivability Ensemble to Survitec Group Ltd (Survitec) and Annex B2 Power Propulsion and Auxiliaries (PPA) Spares, Repairs, Maintenance and Technical Support for Commercial Life Raft and Mass Evacuation Systems and Part B2 for C17CSAE Airborne Forces Equipment (AFE) using the Option period for a total further period of two (2) years with two (2) one (1) year optional years at a total estimated value of PS40.8M.",
"lots": [
{
"id": "1",
"description": "Aircrew Equipment Assemblies (AEA) and Survival Equipment (SE),spares, repairs and continued Technical (Post Design Services - PDS) to the equipment (PS40.8M). Safety equipment to the Royal Navy and additional supplies, annual servicing in line with SOLAS regulations and continued post design services support of Survitec Group Ltd of the existing equipment (PS4.5M)Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver (0.9M).",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "75221000",
"description": "Military defence services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_PROC_NEGOTIATED_PRIOR_CALL_COMPETITION",
"description": "No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_ADD_DELIVERIES_ORDERED",
"description": "Additional deliveries by the original supplier ordered under the strict conditions stated in the directive"
}
],
"procurementMethodRationale": "Aircrew Delivery Team (DT) has identified that to meet the continual requirement for the provision of AEA and SE to its Defence Aviation Environment (DAE) customers it requires additional supplies and the continued Post Design Service (PDS) support of Survitec until the existing equipment replacement at the end of 2027. As the Original Equipment Manufacturer Survitec have the specialist design knowledge to provide assurance that the Airworthiness and Safety performance criteria are met and have the Design Approved Organisation Scheme (DAOS) accreditation to meet safety Airworthiness requirements with Military Aviation Authority (MAA) regulations. Using different equipment from another OEM would result in goods with different technical characteristics and therefore incompatibility with those supplied by Survitec in use across multiple existing Aircrew Systems. PPA has identified that a change of contractor for supply or partial replacement of existing in-service equipment would lead to disproportionate technical difficulties with existing equipment and fittings installed on each ship and incompatibility with current personnel training and maintenance procedures resulting in an unacceptable safety risk. Survitec as OEM provide personnel authorisation certification, and which is not offered by Survitec to any other supplier. C17CSAE have identified a need to continue the provision of Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver equipment currently supported C17CSAE Part B2 using the option period. The C17CSAE DT may further extend the tasking for this requirement by up to three (3) years. The estimated value of the maximum four-year extension is PS0.9M."
},
"awards": [
{
"id": "054340-2025-SFA 001 Annex B1, Annex B2 and Part B2-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-160018",
"name": "Survitec Group Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "angela.organ102@mod.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "http://www.contracts.mod.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-160018",
"name": "Survitec Group Ltd",
"identifier": {
"legalName": "Survitec Group Ltd"
},
"address": {
"streetAddress": "North Road",
"locality": "Ellesmere Port",
"region": "UK",
"postalCode": "CH65 1BL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "054340-2025-SFA 001 Annex B1, Annex B2 and Part B2-1",
"awardID": "054340-2025-SFA 001 Annex B1, Annex B2 and Part B2-1",
"status": "active",
"value": {
"amount": 40800000,
"currency": "GBP"
},
"dateSigned": "2025-09-04T00:00:00+01:00"
}
],
"language": "en"
}